Nit RFP Fms 14022017
Nit RFP Fms 14022017
03.02.2017
Unique Identification Authority of India (UIDAI), Technology Centre, (Hebbal Data Centre Complex)
Bengaluru, invites online bids from eligible bidders for “Facility Management Services”.
1 | Page
2. Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app. Bidders
are advised to follow the instructions provided in the ‘Instructions to the Bidders for the e-submission
of the bids online through the Central Public Procurement Portal for e Procurement at
https://eprocure.gov.in/eprocure/app. Bid documents may be scanned with 100 dpi with black and
white option which helps in reducing size of the scanned document.
3. Not more than one bid shall be submitted by one bidder. Under no circumstance will father and his
son(s) or other close relations who have business relationship with one another (i.e. when one or more
partner(s)/director(s) are common) be allowed to bid for the same contract as separate competitors. A
breach of this condition will render the bids of both parties liable to rejection.
4. Bidder who has downloaded the RFP form the UIDAI website http://uidai.gov.in/uid-tender and
central Public Procurement Portal (CPPP) website https://eprocure.gov.in/eprocure/app, shall not
tamper/modify the RFP form including downloaded price bid template in any manner. In case if the
same is found to be tempered/modified in any manner, Bid will be completely rejected and EMD
would be forfeited and bidder is liable to be banned from doing business with UIDAI.
5. Based on queries received form prospective bidders, if required, UIDAI may amend the RFP/issue
corrigendum. Bidders are advised to to visit again UIDAI website https://uidai.gov.in/uid-tender and
CPPP website https://eprocure.gov.in/eprocure/app at least 3 days prior to closing date of submission
of RFP for any corrigendum/addendum/amendment.
6. The Hard copy of original instruments in respect of cost of RFP document fee and earnest money
shall be submitted on or before the last date of submission of the bid as mentioned in
UIDAI, Bangalore.
2 | Page
GOVERNMENT OF INDIA,
MINISTRY OF ELECTRONICS & INFORMATION TECHNOLOGY (MEITY),
UNIQUE IDENTIFICATION AUTHORITY OF INDIA,
TECHNOLOGY CENTRE, BENGALURU
BID DOCUMENT
FOR
Facility Management Services
at
3 | Page
Table of Contents
4 | Page
1 SECTION I – Invitation to Bid
1.1 Preamble
This invitation to bid is for “Facility Management Services” in the Data Center complex of Unique
Identification Authority of India in Hebbal, Bengaluru(Karnataka) .
a) Bidders are advised to study the Bid document carefully. Online submission of bids shall
be deemed to have been done after careful study and examination of the bid document with full
understanding of its implications. Offers prepared in accordance with the procedures
enumerated in Clause 1 of Section II should be submitted online only CPPP website:
https://eprocure.gov.in/eprocure/app not later than the date and time laid down and at the
address given in the Schedule for Invitation to Bid under Clause 1.2.1.Tenderer/Contractors are
advised to follow the instructions provided in the ‘Instructions to the Contractors/Tenderer for
the e-submission of the bids online through the Central Public Procurement Portal for e
Procurement at https://eprocure.gov.in/eprocure/app’. Bid documents may be scanned with
100 dpi with black and white option which helps in reducing size of the scanned document.
b) Bidder who has downloaded the bid document from the UIDAI website
www.uidai.gov.in and Central Public Procurement Portal (CPPP) website
https://eprocure.gov.in/eprocure/app, shall not tamper/modify the tender form including
downloaded price bid template in any manner. In case if the same is found to be
tempered/modified in any manner, tender will be completely rejected and EMD would be
forfeited and bidder is liable to be banned from doing further business with UIDAI.
c) Intending bidders are advised to visit again UIDAI website www.uidai.gov.in and CPPP
website https://eprocure.gov.in/eprocure/app at least 3 days prior to closing date of submission
of tender for any corrigendum / addendum/ amendment.
d) The Hard Copy of original instruments in respect of cost of tender document, earnest
money(EMD), original copy of affidavits, and credit facility certificate must be delivered to the
address as mentioned in the Clause 1.2, Section - I on or before bid opening date/time as
mentioned in Important Dates section. The Bidder is required to pay Rs.250/- (Rupees Two
Hundred Fifty Only) towards Bid Document Fee (except those bidders who are registered with
the Central Purchase Organisation, National Small Industries Corporation (NSIC) or with the
Ministry of Electronics and Information Technology (MeitY), at the time of submission of Bids,
in the form of a Bank Demand Draft failing which the Bids submitted by the Bidder shall not be
entertained and shall be summarily rejected. The Bank Demand Draft should be drawn on a
5 | Page
Scheduled Bank in favor of “CDDO, RO, UIDAI” and payable at Bengaluru. The Bid Document
Fee is non-refundable. Tenderer/bidder shall likely to be liable for legal action for non-
submission of original payment instrument like DD etc., against the submitted bid. The Demand
Draft attached/submitted as tender fee shall be non-refundable.
e) All Bidders must be submit an EMD (Earnest Money Deposit) / Bid Security of Rs.
4,00,000/- (Rupees Four Lakh only) in the form of Bank Demand Draft or proforma of EMD
Bank Guarantee as mentioned in Appendix D of section VI or demand draft to be drawn on a
Scheduled Bank in favor of “CDDO, RO, UIDAI” and payable at Bengaluru ,except those bidders
who are registered with the Central Purchase Organisation, National Small Industries
Corporation (NSIC) or with the Ministry of Electronics and Information Technology (MeitY).
f) The detailed Scope of Work has been included in the RFP for selection of Bidder for
“Facility Management Services”. The eligibility criteria for the bidders should be fulfilled for
consideration of the bid.
g) The tender fee is non-refundable. The RFP will be available on all working days during
office hours till the last date & time of submission of bids.
i) This RFP is being issued with no financial commitment and the Buyer reserves the right to
change or vary any part thereof at any stage. UIDAI reserves the right to withdraw RFP at any stage
without assigning any reason
Note: The Purchaser shall not be responsible for non-receipt / non-delivery of the Bid documents
due to any reason whatsoever.
6 | Page
1.2 Schedule for Invitation to Bid
a) Name of the Purchaser The Deputy Director General( Tech Centre) ,
Unique Identification Authority of India, Aadhaar
Complex, NTI Layout,Tata Nagar, Kodigehalli,
Bangalore-560092.
e) Date till which the 180 days from the date of opening of Bids.
response to the bid
should be valid
The following table provides information regarding the important dates of the Bid process for
this Bid:
Activity Date
Release / Issue of Bid Document 03.02.2017
Pre-Bid Meeting (Venue:- Tech Centre, UIDAI,NTI 13.02.2017 at 1500 Hrs
layout, Tata Nagar, Kodigehalli, Bengaluru -560092 )
Last date for submission of written queries for 15.02.2017
clarifications on Bid document
Clarification to be uploaded on the CPPP Portal 20.02.2017
Last date & time of submission of Bids 08.03.2017 , 1500 Hrs
Opening of Technical Bids 09.03.2017, 1500 Hrs
Opening of Commercial Bids At a later date
7 | Page
Note: The Purchaser shall not be responsible for non-receipt / non-delivery or late receipt of the Bid
documents due to any reason whatsoever.
Table - 1
8 | Page
fraudulent practices with any of the departments
of the Central, State Governments and PSUs. The
scanned copy of the undertaking from bidder in
this regard to be submitted.
(v) The Bidder should have office in Bengaluru. Self
attested copy of the proof to be enclosed along
with the tender.
(vi) Bidder should have a valid Sales Tax Number/ VAT
Number, Service Tax Registration, PAN/TAN
Number and PF code. Self attested copy to be
enclosed along with the technical bid.
(vii) The bidding Company / Firm / Agency must have a
minimum annual average turnover of Rs.
1,50,00,000 (Rupees One Crore Fifty lakh) per year
during the last three financial year till year ended
on 31.03.2016. Self attested copy of proof to be
enclosed along with the technical bid.
(viii) Bidding Company/Firm/Agency should be
registered with Employees Provident Fund
organization (EPFO), Employees State Insurance
Corporation (ESIC) under the respective Acts/laws
and Labor Commissioner under Contract Labor Act,
1972. Self attested copy of proof to be enclosed
along with the technical bid.
(ix) The bidder must have completed/executed at
least Three (3) works of the value of at least Rs.
30,00,000/- (Rs Thirty Lakh only)
From Facility Management (Technical) services in
the last 3 financial years. Signed and scanned copy
of following shall be uploaded
i. Copy of each such purchase order clearly
indicating the value of the Order.
9 | Page
(x) The bidding agency/firm should have a minimum of
75 employees on their roll. Supporting proof
thereof should be attached with the Technical Bid
(xi) Income Tax Payment Certificate for last three years
as on 31.03.2016. Self-attested copy of proof to be
enclosed along with the technical bid
(xii) Service Provider Company / Firm/ Agency should
have at least five years’ experience in providing
Facility Management services to reputed Private
and/or Public sector
companies/banks/Government .Details need to be
provided as per Annexe 4.1.5 of Section IV
Departments etc.
(xiii) Compliance to clause 2.10 of Section II and
submission of requisite documents
Table - 2
Table – 3
10 | Page
Services Per Month (to be downloaded online In The Form Of
BoQ_ FACILITY MANAGEMENT_HDC.Xls) (Annexe 4.2.3) and
uploading the soft copy
(iv) Cost Of Manpower For Facility Management Services Per Month
(Annexe 4.2.4)
1.4.1 Registration
1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement
Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder
Enrollment” on the CPP Portal which is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username
and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process. These would be used for any communication from the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate
(Class II or Class III Certificates with signing key usage) issued by any Certifying Authority
recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID / password
and the password of the DSC / e-Token.
11 | Page
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they
want to obtain any clarification / help from the Helpdesk.
12 | Page
name of the bidder). No other cells should be changed. Once the details have been completed,
the bidder should save it and submit it online, without changing the filename. If the BoQ file is
found to be modified by the bidder, the bid will be rejected.
6) The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders, opening
of bids etc. The bidders should follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128 bit encryption technology. Data storage
encryption of sensitive fields is done. Any bid document that is uploaded to the server is
subjected to symmetric encryption using a system generated symmetric key. Further this key is
subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the
uploaded tender documents become readable only after the tender opening by the authorized
bid openers.
8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
9) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in
the portal), the portal will give a successful bid submission message & a bid summary will be
displayed with the bid no. and the date & time of submission of the bid with all other relevant
details.
10) The bid summary has to be printed and kept as an acknowledgement of the submission of the
bid. This acknowledgement may be used as an entry pass for any bid opening meetings.
13 | Page
Table of Contents
2 SECTION II- Instruction to Bidders
2.1 Procedure for Online Submission of Bids
2.2 Cost of Bid Document
2.3 Contents of the Bid Document
2.4 Clarification of Bid Document
2.5 Amendment to the Bid Document
2.6 Language of Bids
2.7 Bid Prices
2.8 Firm Prices
2.9 Discount
2.10 Bidder Qualification
2.11 Bid Security
2.12 Period of Validity of Bids
2.13 Headings
2.14 UIDAI's Right to Vary Scope of Contract at the time of Award
2.15 UIDAI's Right to Accept Any Bid or Reject
2.16 Conditions for Pre-Qualification of Bidders
2.17 Late Bids
2.18 Modification and Withdrawal of Bids
2.19 Clarification
2.20 Preliminary Examination
2.21 Contacting the UIDAI
2.22 Post Qualification
2.23 Criteria for Evaluation of Bids
2.24 Notification of Award
2.25 Signing of Contract
2.26 Performance Security
14 | Page
2 SECTION II- Instruction to Bidders
2.1 Procedure for Online Submission of Bids
The tender shall be submitted Online (complete in all respect) must be uploaded on
https://eprocure.gov.in/eprocure/app in two packets i.e. Two Bid system (Technical Bid and
Commercial Bid), and bidder must follow the procedure as detailed in the Clause 1.4 of Section I.
2.1.2 All the pages of bid being submitted must be signed and sequentially numbered by the bidder
irrespective of nature of content of the documents before uploading. All the files mentioned
below should be in .PDF format except for the BoQ which should be .xls format.
2.1.3 The offers submitted by Telegram/Fax/email shall not be considered. No correspondence will
be entertained in this matter.
2.1.4 Original Instruments for EMD (as per Bank Guarantee Format in Appendix B) and Demand Draft
for Tender Fee must be submitted on or before the last date of submission of Bids to the
address, date and time as mentioned in the Clause 1.2 of Section I. These instruments can also
be sent by registered post or can be dropped in the drop box on or before the last date of
submission of Bids.
2 The Bidder shall bear all costs associated with the preparation and submission of its bids,
including cost of presentation for the purposes of clarification of the bids, if so desired by the
15 | Page
UIDAI. The UIDAI will in no case be responsible or liable for those costs, regardless of the
conduct or outcome of the Bidding process.
2 The Bidder is expected to examine complete bid document including all instructions, forms,
general terms & conditions, and Schedule of requirements in the Bid Document. Failure to
furnish all information required by the Bid Document or submission of a bid not substantially
responsive to the Bid Document in every respect will be at the Bidder’s risk and may result in the
rejection of the Bid.
3 The RFP, all the corrigendum, Notification of Award/Letter of Intent, Acceptance of award by
successful bidder and any other communication issued from publication of RFP and before
signing of agreement will be deemed as part of contract agreement
16 | Page
2.4 Clarification of Bid Document
1 A prospective Bidder requiring any clarification of the Bid Document may notify the UIDAI in
writing at the UIDAI’s mail address indicated in Clause 1.2(d) of Section I. The queries must be
submitted in Microsoft Excel (Hard copy and Soft copy) format as follows:
Name of Bidder:
2 The UIDAI will respond, to request for clarifications of the Bid Document as per format specified
in clause 2.4(1) only, received not later than the date prescribed by the UIDAI in Section I, Clause
1.2.1 of this Bid document.
2.9 Discount
The Bidders are advised not to indicate any separate discount. Unconditional Discounts, if any,
should be merged with the quoted prices. Discount of such type, indicated separately, will not be
taken into account for evaluation purpose. However, in the event of such an offer, without
considering discount, is found to be the lowest, the UIDAI shall avail such discount at the time of
award of contract.
(a) Constituted attorney of the registered company or partnership firm or sole proprietorship in
which case he/she shall submit a certificate of authority in the form of constituted attorney.
(b) The principal officer of the registered company or one of the partners of the company in
either case a duly notarized authorization certificate on stamp paper is required to be
submitted.
2. It is further clarified that the individual signing the Bid or other documents in connection with
the Bid must certify whether he/she signs as constituted attorney or as authorized
representative of the company/partnership firm/sole proprietorship.
3. The Bidder shall sign its Bids with the exact name of the Company/partnership firm/ sole
proprietorship to whom the bid is to be issued.
4. The Bidder shall clearly indicate their legal constitution and the person signing the Bids shall
state his capacity and also source of his ability to bind the Bidder.
5. The power or authorization, or any other document consisting of adequate proof of the ability
of the signatory to bind the Bidder shall be annexed to the bid. UIDAI may out rightly reject any
bid not supported by adequate proof of the signatory’s authority
18 | Page
2 In exceptional circumstances, the UIDAI may ask the Bidder to extend the validity of the Bid.
2.13 Headings
Headings of conditions hereto shall not affect the construction thereof.
2. The Bidder should not have been blacklisted / under a declaration of ineligibility for corrupt
and fraudulent practices with any of the departments of the Central, State Governments and
PSUs. Undertaking from bidder in this regard needs to be submitted.
3. Bidder should have a valid Sales Tax Number/ VAT Number, Service Tax Registration, PAN/TAN
Number and PF code.
4. Bidder’s Company/Firm/Agency should be registered with Employees Provident Fund
organization (EPFO), Employees State Insurance Corporation (ESIC) under the respective
Acts/laws and Labor Commissioner under Contract Labor Act, 1972.
5. The Service Provider Company / Firm / Agency must have minimum annual average turnover
of Rs.1,50,00,000 (Rupees One Crore Fifty Lakh) per year during the last three financial year
till year ended on 31.03.2016.
6. Bidder Company / Firm/ Agency should have at least five years’ experience in providing
Facility Management services(Technical services)to reputed private and/or public sector
companies/banks/Government Departments etc.
7. The bidder must have executed at least three (3) contracts of Rs. 30,00,000 (Rupees Thirty
Lakhs) for the services of Facility Management in last three year financial year ended on
31.03.2016. For each of such order, the bidder should submit the details as per Annexe 4.1.4
of section IV.
8. The bidding agency/firm should have a minimum of 75 employees on their roll.
9. Compliance to clause 2.10 of Section II.
19 | Page
2.17 Late Bids
Any bid received by the UIDAI after the last date and time for receipt of bids prescribed by the UIDAI,
pursuant to Clause 1.4 Section I, will be rejected and/or returned unopened to the Bidder.
2.19 Clarification
When deemed necessary, the UIDAI may seek clarifications on any aspect from the Bidder. However,
that would not entitle the Bidder to change or cause any change in the substance of the Bid submitted
or price quoted.
20 | Page
the best evaluated responsive bid is qualified to satisfactorily perform the Contract.
2 This determination will take into account the Bidder's financial, technical, implementation
and post-implementation capabilities. It will be based upon an examination of the
documentary evidence submitted by the Bidder as well as such other information as the UIDAI
deems necessary and appropriate.
3 An affirmative determination will be a prerequisite for award of the Contract to the Bidder. A
negative determination will result in rejection of the Bidder's bid, in which event the UIDAI will
proceed to the next best evaluated bid to make a similar determination of that Bidder's
capabilities to perform satisfactorily.
21 | Page
Notification of Award.
2 The notification of award will constitute the formation of the Contract.
22 | Page
Table of Contents
3 SECTION III - GENERAL CONDITIONS OF CONTRACT
3.1 Definitions
3.2 Interpretation
3.3 Application
3.4 Period of Contract
3.5 Standards
3.6 Use of Contract Documents and Information
3.7 Patent Rights
3.8 Installation, Commissioning, Testing and Acceptance Tests
3.9 Incidental Services
3.10 Warranty
3.11 Payment
3.12 Currency of Payment
3.13 Change Orders
3.14 Contract Amendments
3.15 Currency of Payment
3.16 OPTION CLAUSE
3.17 Assignment
3.18 Sub-contracts
3.19 Delays in the Vendor's Performance
3.20 Liquidated Damages (LD)
3.21 Termination for Default
3.22 Force Majeure
3.23 Termination for Convenience
3.24 Dispute Resolution
3.25 Applicable Law
3.26 Notices
3.27 Price Fall
3.28 Prices
3.29 Deductions
3.30 Taxes and Duties
3.31 Continuing Support
3.32 Relationship between the parties
23 | Page
3.33 Governing Language
3.34 Services and other conditions
3.35 Performance Security
24 | Page
3 SECTION III - GENERAL CONDITIONS OF CONTRACT
3.1 Definitions
In this Contract, the following terms shall be interpreted as indicated:
1. "UIDAI" means the Unique Identification Authority of India.
2. "The Purchaser/Owner" means the Chief Executing Officer (CEO), Unique Identification
Authority of India or any other representative authorized by the CEO.
3. "Purchase Officer" means the officer signing the acceptance of Bid and includes any officer
who has authority to execute the relevant contract on behalf of the Purchaser.
4. The "Contract" means the agreement entered into between the Purchaser and the Vendor
as recorded in the Contract Form signed by the Purchaser and the Vendor, including all
attachments and annexes thereto and all documents incorporated by reference therein.
5. The "Agency/Vendor/Contractor" means the person or the firm or the company with whom
the contract of the Facility Management Services is entered and shall be deemed to include
the Vendor's successors, representatives (approved by the Purchaser), heirs, executors,
administrators and permitted assigns, as the case may be, unless excluded by the terms of
the contract.
6. "The Contract Value" means the price payable to the Vendor under the Contract for the full
and proper performance of its contractual obligations;
7. "The Goods" mean all of the equipment, hardware, software, machinery, accessories and/or
other material which the Vendor is required to maintain the Facility of the Purchaser under
the Contract;
8. "Service" means Facility Management Services as mentioned in the RFP at different its
sections;
9. "Acceptance of Bid" means the letter/telex/telegram/fax or any memorandum
communicating to the selected Vendor the acceptance of his Bid.
10. “Supply” means once the purchaser issues a Purchase Order, the vendor has to provide the
Facility Management Services (FMS) within stipulated time.
11. “Clause” means a clause of this Contract and the term "Clauses" means more than one
clause.
12. “Calendar Day” means any day of the calendar month.
13. “Working Day” means days of the calendar month excluding Sundays or designated
government holidays i.e. gazette holidays.
14. “Calendar Month” means any of the twelve months of the Calendar Year.
15. "Calendar Year" means a period of twelve consecutive Months according to the Gregorian
calendar, commencing with the first day of January and ending with the thirty-first day of
December.
16. "Contract Term": means a period of one calendar year counted from the Effective Date.
17. “Dispute” means any dispute/ differences/ controversy/ disagreements which arise
25 | Page
"between the parties to this Contract/ Agreement in relation to/ in connection with/ the
terms of/ ambit hereof.
18. “Expiry date” means the date on which the terms of the contract which is for a period of one
calendar year comes to an end.
19. “Government Authorities” means the Government of India (GOI) and provincial, state or
local government in India and any political subdivision thereof
20. “Business Day” means any day that is not a Sunday or a public holiday (as per the official
holidays observed by UIDAI).
21. “Notice” means:
a. an information, announcement, message, notification, warning etc. which is in writing;
or
b. a consent, approval or other communication required to be in writing under this
Contract.
3.2 Interpretation
In this Contract unless the context otherwise requires:
i. the headings of the Sections, Clause, Appendices, Schedules, Attachments and
Annexures in the Contract are inserted for convenient reference only and shall not
affect the meaning and/ or interpretation of this Contract;
ii. unless otherwise specified a reference to a clause number is a reference to all of its sub-
clauses;
iii. a reference to the singular includes the plural and vice-versa;
iv. a reference to a gender shall include any other gender;
v. the word “include” or “including” shall be deemed to be followed by “without
limitation” or “but not limited to” whether or not they are followed by such phrases;
vi. unless categorically specified, reference to a Section, Clause, sub-clause, Appendix,
Schedule, Attachment or Annexure shall be to a Section, Clause, Sub-clause, Appendix,
Schedule, Attachment or Annexure of this Contract, including any amendments or
modifications to the same from time to time;
vii. all Appendices, Schedules, Annexures and Attachments form an integral part of this
Contract/ Agreement. In an event of conflict between any provision of the Clause and
any provision of the Appendix, Schedule, Attachment or Annexure, the provision of the
Clause shall prevail;
viii. a reference to a person includes a partnership and a body corporate;
ix. a reference to any legislation/ regulation having force of law includes legislation/
regulation time to time repealing, replacing, modifying, supplementing or amending
that legislation;
x. where a word or phrase is given a particular meaning it includes the appropriate
grammatical forms of that word or phrase which have corresponding meanings.
xi. in the event of an inconsistency between the terms of this Contract and the Tender and
the Bid, the terms hereof shall prevail.
26 | Page
xii. Any reference to time shall, except where the context otherwise requires and specifies,
be construed as a reference to the time in India. Any reference to the Calendar shall be
construed as reference to the Gregorian calendar.
xiii. Unless the context otherwise requires, any period of time referred to shall be deemed
to expire at the end of the last day of such period;
xiv. The rule of construction, if any, that a contract should be interpreted against the parties
responsible for drafting and preparation thereof, shall not apply;
xv. All references to agreements, documents or other instruments include (subject to all
relevant approvals) a reference to that agreement, document or instrument as
amended, supplemented, modified, substituted, assigned or renovated from time to
time.
3.3 Application
These General Conditions shall apply to the extent that they are not superseded by provisions in other
parts of the Contract.
3.5 Standards
1. The goods/spare parts/services supplied under this Contract shall conform to the standards
mentioned in the Technical Specifications, and, when no applicable standard is mentioned,
to the authoritative standards, such standard shall be the latest issued by the concerned
institution.
2. The Vendor shall ensure that the goods/spare parts/services supplied under the Contract
against all purchase orders are of the most recent or current models and incorporate all
recent improvements in design and materials without any additional cost to the Purchaser.
27 | Page
document of information enumerated in Clause 2.3 of Section II except for purposes of
performing the Contract.
3. Any document, other than the Contract itself, enumerated in Clause 2.3 of Section II shall
remain the property of the Purchaser and shall be returned (in all copies) to the Purchaser
on completion of the Vendor's performance under the Contract, if so required by the
Purchaser.
3.10 Warranty
Whenever any existing item acquires its age and is replaced by new item/similar item under this
contract; it will be governed by following warranty conditions:
i. The Vendor warrants that the goods supplied under the contract conform to technical
specifications prescribed and shall perform according to the said technical specifications.
28 | Page
ii. The vendor warrants for a period of 12 months from the date of acceptance of material/stores
or date of installation and commissioning, whichever is later, that the material /stores supplied
under the contract and each component used in the manufacture thereof shall be free from all
types of defects/failures.
iii. If within the period of warranty, the goods are reported by the Buyer to have failed to perform
as per the specifications, the vendor shall either replace or rectify the same free of charge,
within a maximum period of 45 days of notification of such defect received by the vendor,
provided that the goods are used and maintained by the Buyer. Warranty of the equipment
would be extended by such duration of downtime. Record of the down time would be
maintained by the user in the logbook. Spares required for warranty repairs shall be provided
free of cost by the vendor.
iv. The vendor also warrants that necessary service and repair back up during the warranty period
of the equipment shall be provided by the vendor
v. The vendor shall associate technical personnel of the Maintenance and Quality Assurance
Division of the UIDAI during warranty repair and shall also provide the details of complete
defects, reasons and remedial actions for defects.
vi. If a particular equipment/goods fails frequently and/or, the cumulative down time exceeds 50%
of the warranty period, the complete equipment shall be replaced free of cost by the vendor
within a stipulated period of 45 days of receipt of the notification from the Buyer.
vii. Warranty of the replaced equipment would start from the date of acceptance by the Buyer
after installation and commissioning.
3.11 Payment
1. Payment for providing Facilities Management Services will be released (after deduction of TDS)
on satisfactory performance upon completion of a calendar month. It will be mandatory for the
Successful Bidder to indicate their bank account numbers and other relevant e-payment details
so that payments could be made through ECS/EFT mechanism instead of payment through
cheques, wherever feasible. The payment will be made as per the following terms, on
production of the requisite documents:
a. Given the fact that the successful bidder is under legal obligation to pay due wages as
the requirements of law, the successful bidder shall be expected to make payment to
the Facility Management Staff under Electronic Fund Transfer System. The successful
bidder shall pay for all legal charges/contributions to statutory authorities. Besides that
the successful bidder shall be obliged to satisfy empowered officer about continued
labour laws compliance as and when required by empowered officer.
b. The successful bidder shall raise bill for the services provided for a calendar month
within 7 working days of succeeding month of such services. Disputed amount or
amount on which clarification is required may be held up till the time matter is sorted
out. However, balance amount shall be released.
c. Bill should be submitted to the Administration Section, UIDAI Technology Centre,
Hebbal, Bengaluru.
29 | Page
d. Payment from UIDAI shall be made by electronic fund transfer to the Agency’s account
by NEFT or RTGS for which purpose Agency is required to submit their complete bank
details.
e. It is noteworthy that while considering the attendance and availability of the Facility
Management staff, their working hours will also be considered for evaluation and non–
compliance with the mentioned hours of work would be penalized.
f. Penalty would be in terms of part of the salary / payment, which would be deducted
and reflected in month’s payment.
g. Compliance to all statutory requirements such as minimum wages, ESI, PF, Bonus etc. of
the officials on duty will be borne by successful bidder.
h. The endeavour shall be made to make the payment to successful bidder within 30 days
after submission of the bills by vendor, however it shall not have contractual binding on
UIDAI. The vendor should ensure that bills for payment must be submitted with
following documents for processing of the bill:
(i) ECS Statement duly verified by the bank official for monthly wages payment in
the bank account of Facility Management Staff deputed to UIDAI on or before
07th of every month by the agency/contractor (as a proof of compliance to
ensure that monthly salary paid is not less than the statutory provision of
minimum wages act as applicable in Hebbal, Gurgaon for the respective category
of worker).
(ii) The payment to the Successful Vendor shall be released only after verification of
the contracted service through a checking mechanism enforced by Designate
Inspection Committee or Authority or any person nominated by or on behalf of
the UIDAI to assess the performance of the successful vendor, both in terms of
quantity and quality.
(iii) Amount of LD / Risk Expense etc., if any, will be deducted from the billing
amount.
(iv) All logs/register for duty performed by its staff
2. If any such change causes an increase or decrease in the cost of, or the time required for,
the Vendor's performance of any part of the work under the Contract, whether changed or not
changed by the order, an equitable adjustment shall be made in the Contract Price or
delivery schedule, or both, and the Contract shall accordingly be amended.
3. UIDAI reserves the right to vary the quantity within the Contract Period, of up to 50% of the
30 | Page
Contract value. In case of any increase/ decrease in quantities of any item, unit rate for item
indicated in the contract will be applicable.
4. In case applicable rates for the increase/decrease of an item in question are not available in
the Contract, then the equivalent rates may be finalized based on mutually agreed rates by
both parties. UIDAI may form a change order committee for this purpose.
3.17 Assignment
The Vendor shall not assign, in whole or in part, its obligations to perform under
the Contract, except with the Purchaser's prior written consent. The permission, if any, of the
purchaser has to be taken 15 days prior to assigning.
3.18 Sub-contracts
Sub contracting done by the vendor under this contract with the approval of UIDAI, shall not
relieve the Vendor from any liability or obligation under the Contract.
31 | Page
his discretion, withhold any payment until the completion of the contract. The PURCHASER
(UIDAI) may also deduct from the VENDOR (SUCCESSFUL BIDDER) as agreed, liquidated
damages to the sum of 0.5% of the contract value of the delayed/undelivered services
mentioned in the Section - IV, V of the RFP for every week of delay or part of a week or pro rata
basis, subject to the maximum value of the Liquidated Damages being not higher than 10% of
the contract value.
2. If any staff is found absent from the duties without prior permission, an additional penalty @Rs
1000/day may be imposed over and above the LD as mentioned in clause 3.21.1 above which
can be deducted from the monthly payment to the bidder.
3. Whenever any unsatisfactory/inadequate/Poor comprehensive Maintenance/Operations or
preventive maintenance are found/observed and same is brought to the notice of contractor or
his authorized representative
through mail/SMS/ letter and if no action is taken within 2 hours, Penalty@Rs10000/day shall
be imposed over and above the LD as mentioned in clause 3.21.1 and 3.21.2 above which shall
be deducted from the monthly payments due to the bidder.
4. All the incidents must be reported with 30 mins to UIDAI officials. Failing this shall attract the
penalty @ Rs500/hour of delay and additional Rs 5000 if not reported within 24 hours, over and
above LD penalty as mentioned in clause 3.21.1, 3.21.2 and 3.21.3 above. Consecutive non-
reporting of the incident for 3 days shall give right to Purchaser to terminate the contract
2 In the event the Purchaser terminates the Contract in whole or in part, pursuant to Clause
3.22.1 the Purchaser may pay, upon such terms and in such manner as it deems appropriate.
However, the Vendor shall continue performance of the Contract to the extent not
terminated.
32 | Page
3 In case the Bidder withdraws or the UIDAI Technology Centre terminates the contract for
violation of terms and conditions and/or deficiency in services during the period of contract,
the additional expenses in hiring a new contractor on temporary arrangement till (the time of
appointing a regular contract through a tender process or till the balance period of the
contract); whichever is earlier, will be adjusted against payments to be made.
33 | Page
4. The Arbitration proceeding shall be governed by the substantive laws of India.
5. The proceedings of Arbitration shall be in English language.
6. Except as otherwise provided elsewhere in the contract if any dispute, difference, question
or disagreement arises between the parties hereto or their respective representatives or
assignees, at any time in connection with construction, meaning, operation, effect,
interpretation or out of the contract or breach thereof the same shall be decided by an
Arbitral Tribunal consisting of three Arbitrators. Each party shall appoint one Arbitrator and
the Arbitrators so appointed shall appoint the third Arbitrator who will act as Presiding
Arbitrator.
7. In case, a party fails to appoint an arbitrator within 30 days from the receipt of the request
to do so by the other party or the two Arbitrators so appointed fail to agree on the
appointment of third Arbitrator within 30 days from the date of their appointment upon
request of a party, the Chief Justice of India or any person or institution designated by him
(in case of International commercial Arbitration) shall appoint the Arbitrators/Presiding
Arbitrator. In case of domestic contracts, the Chief Justice of the High Court or any person or
institution designated by him within whose jurisdiction the subject purchase order/contract
has been placed / made, shall appoint the arbitrator/Presiding Arbitrator upon request of
one of the parties.
8. If any of the Arbitrators so appointed dies, resigns, incapacitated or withdraws for any
reason from the proceedings, it shall be lawful for the concerned party/ arbitrator to appoint
another person in his place in the same manner as aforesaid. Such person shall proceed with
the reference from the stage where his predecessor had left if both parties consent for the
same; otherwise, he shall precede de novo.
9. It is a Scope of the contract that the party invoking arbitration shall specify all disputes to be
referred to arbitration at the time of invocation of arbitration and not thereafter.
10. It is also a Scope of the contract that neither party to the contract shall be entitled for any
interest on the amount of the award.
11. The Arbitral Tribunal shall give reasoned award and the same shall be final, conclusive and
binding on the parties.
12. The fees of the arbitrator shall be borne by the parties nominating them and the fee of the
Presiding Arbitrator, costs and other expenses incidental to the arbitration proceedings shall
be borne equally by the parties.
13. Subject to as aforesaid the provisions of the Arbitration and Conciliation Act, 1996 and any
statutory modifications or re-enactment in lieu thereof shall apply to the arbitration
proceedings under this clause.
14. Continuance of the Contract: Notwithstanding the fact that settlement of dispute(s) (if any)
under arbitration may be pending, the parties hereto shall continue to be governed by and
perform the work in accordance with the provisions under this Contract.
34 | Page
3.26 Notices
1. Any notice by one party to the other pursuant to the Contract shall be sent in writing or by
email and confirmed in writing to the address specified for that purpose in the contract.
2. A notice shall be effective when delivered or on the notice's effective date and time, whichever
is later.
3.27 Prices
Prices to be firm: The prices quoted for the Services shall be firm throughout the currency of
contract and shall not be subject to any variation.
3.28 Deductions
Payments, as envisaged in Clause 3.12, shall be subject to deductions of any amount, for which
the Vendor is liable under the agreement against this Bid.
36 | Page
4 SECTION IV – CONTENTS OF BIDS
Table of Contents
4 SECTION IV – CONTENTS OF BIDS
4.1 TECHNICAL BID
4.1.1 CONTENTS OF BID Annexe 4.1.1
4.1.2 TECHNICAL BID LETTER (Annexe 4.1.2)
4.1.3 DETAILS OF REQUIREMENT FOR FACILITY MANAGEMENT SERVICE (Annexe 4.1.3)
4.1.4 DETAILS OF THE PAST CONTRACTS OF FACILITY MANAGEMENT (Annexe 4.1.4)
4.1.5 PROJECT AND MANPOWER DETAILS (Annexe 4.1.5)
4.2 COMMERCIAL BID
4.2.1 COMMERCIAL BID LETTER (Annexe 4.2.1)
4.2.2 Commercial Bid (Annexe 4.2.2)
4.2.3 COST OF FACILITY MANAGEMENT SERVICES
(in the form of BOQ_Facility_Management_HDC.xls) (Annexe 4.2.3)
4.2.4 COST OF MANPOWER FOR FACILITY MANAGEMENT SERVICES PER MONTH
(Annexe 4.2.4)
37 | Page
4.1 TECHNICAL BID
38 | Page
only) from facility management services in the
last 3 financial years as on 31.03.2016
18 The bidding Company / Firm / Agency must
have a minimum annual average turnover of
1,50,00,000 (Rupees One Crore Fifty lakh only)
per year during the last three financial year till
year ended on 31.03.2016.
19 The bidder should not have been blacklisted / Not blacklisted/Black listed
under a declaration of ineligibility for corrupt
and fraudulent practices with any of the
departments of the Central, State Governments
and PSUs. Undertaking from bidder in this
regard to be submitted. The Bidder should have
office in Delhi/NCR.
20 Bidder should have at least five years’
experience in providing Facility Management
services to reputed Private and/or Public sector
companies/banks/Government be provided as
per Annexe 4.1.5 of Section IV
21 Statement of Deviations, if any; as per clause
2.4(1) of PART - II
22 The bidder should be a limited registered
company or partnership firm or sole
proprietorship.
In case of partnership firms/Sole proprietorship,
a scanned copy of the partnership or sole
proprietorship agreement, else general power
of Attorney (GPA) duly attested by a Notary
Public furnished on stamped paper duly signed
or affirmed by all the partners admitting
execution of the partnership agreement or in
case of proprietorship GPA duly affirmed by
proprietor .
39 | Page
Note: Supporting documents in r/o above mentioned technical requirement should be self attested, scanned
and attached with the technical bid, being mandatory.
Dated :
At :
40 | Page
4.1.1 CONTENTS OF BID Annexe 4.1.1
__________________________________________________________________
Witness : Bidder :
41 | Page
Company Seal
42 | Page
4.1.2 TECHNICAL BID LETTER (Annexe 4.1.2)
To
The Deputy Director General (Tech Centre)
Unique Identification Authority of India (UIDAI)
Aadhaar Complex, NTI Layout, Tata Nagar
Kodigehalli,
Bengaluru,
Karnataka – 560092.
Sir,
We declare:
(i) That we are provider of Facility Management Services.
(ii) That we/our principals are equipped with adequate manpower required for Facility
Management and that our establishment is open for inspection by the representatives of the
Unique Identification Authority of India.
2. We hereby offer to supply the Facility Management Services for 1 year at the contract value and
rates mentioned in the Annexure 4.2.2 and Annexure 4.2.3 of the Commercial Bid.
3. PERIOD OF DELIVERY
We do hereby undertake that, in the event of acceptance of our bid, the Facility Management &
Operations services shall be made as stipulated in the schedule to the Bid Document and that we
shall perform all the incidental services.
4. TERMS OF DELIVERY
The prices quoted are inclusive of all charges in the UIDAI at the location as mentioned in
Appendix C.
5. We agree to abide by our offer for a period of 180 days from the last date of submission of bid
and that we shall remain bound by a communication of acceptance within that time.
6. We have carefully read and understood the terms & conditions of the tender and the conditions of
the contract applicable to the tender and we do hereby undertake to supply of services as per these
terms and conditions.
a) The Constituted attorney of the company and the person signing the bids is the constituted
attorney of the Company.
OR
43 | Page
b) The Principal Officer or his duly Authorized Representative of the Company, and he has the
authority to refer to arbitration disputes concerning the business of the Company by virtue of the
general power of attorney.
(NOTE: Delete whatever is not applicable. All corrections/deletions should invariably be duly
attested by the person authorized to sign the tender document.)
9. Self attested scanned copy of Bid Security (Earnest Money Deposit)for an amount equal to Rs.
_______ (Rupees ______ only) is attached in the Cover containing Technical Bid in the form of
specified in Clause 2 of Section II. Original has been dispatched/delivered to the address
mentioned in clause 1.2 of Section I.
10. We do hereby undertake, that, until a formal contract is prepared and executed, this bid, together
with your written acceptance thereof and placement of awarding the Contract, shall constitute a
binding contract between us.
Name :
Full Address :
Telephone No. :
Fax No :
E mail ID :
Details of enclosures:
1.
2.
3.
4.
.
.
.
44 | Page
4.1.3 DETAILS OF REQUIREMENT FOR FACILITY MANAGEMENT SERVICE (Annexe 4.1.3)
(A) Requirement of Manpower for the services
QUA
S.NO DESIGNATION DEPARTMENT SHIFT
NTITY
ACCESS CONTROL
LAN &
10 /LAN NET 4 24X7, 1 Per Shift of 8 hrs
NETWORKING
WORKING/EPABX/Tel
AV (Audio Visual)
11 AV 1 General Shift( 8 hrs/6days per week)
Operator
Note: Above is minimum manpower to be deployed for Facility Management Services and the cost of above
manpower deployment stands included in the cost quoted in Annexe 4.2.2 and annexe 4.2.3, section –IV.
However in case, if this strength needs to be increased / decreased, it shall be implemented by vendor
accordingly. The implementation cost on account of this increase/decrease shall be levied at the pre-
discovered prices as per Annexe 4.2.4, Section – IV.
45 | Page
(B) Stores Consumables Material
1. The material and consumables will consist of consumables for cleaning, basic engineering tools,
cleaning equipment and the like. All consumables materials and other related items are to be
provided by the contractor and have to be of ISI marked or, where ISI marked
items/consumables are not available; the same should be in conformity with the
specification/makes keeping in view good quality/standard after discussion and approval of
Purchaser.
2. The contractor shall assess the quantity of consumables to be used and procure them in
advance and store them at complex on fortnightly/monthly basis.
46 | Page
21. Flaring tool
22. Pipe cutter/tube cutter
23. Tube press plier
24. All major types of carpentry tools such as measuring tapes, folding ruler, pocket
tapes,different types of squares, cutting tools, fastening tools, drilling tools etc.
25. Any other items not prescribed
Note: For Table (C and D), the list is indicative and not exhaustive and it may change based on actual
requirement.
47 | Page
4.1.4 DETAILS OF THE PAST CONTRACTS OF FACILITY MANAGEMENT (Annexe 4.1.4)
Give details of the major similar contracts handled by the tendering Company/Firm/Agency on
behalf of Government Departments, PSUs and other Private sector, during the last 3 (three) years in
the following format.
(Also attach attested copies from various clients that will be considered as reference checks).
Note: UIDAI can contact the clients to confirm the references provided.
48 | Page
4.1.5 PROJECT AND MANPOWER DETAILS (Annexe 4.1.5)
Sl Name of the Projects Start Date End Date Cost of No. of man
No. On-going and of Project Project (in power deployed
Completed (with the of Project Rs.) for Facility
location details) Management
Service
Date:
Name:
Place:
Seal:
49 | Page
4.2 COMMERCIAL BID
To
The Deputy Director General (Tech Centre)
Unique Identification Authority of India (UIDAI)
Aadhaar Complex, NTI Layout, Tata Nagar
Kodigehalli,
Bengaluru,
Karnataka – 560092.
Sir,
We declare:
(i) That we are provider of Facility Management Services.
(ii) That we/our principals are equipped with adequate manpower required for Facility
Management and that our establishment is open for inspection by the representatives of the
Unique Identification Authority of India.
2. We hereby offer to supply the Facility Management Services for 1 year at the Contract value and
prices/rates as mentioned in the Annexe 4.2.2 and Annexe 4.2.3 respectively, of the
Commercial Bid.
3. PERIOD OF DELIVERY
We do hereby undertake that, in the event of acceptance of our bid, the Facility Management
services shall be made as stipulated in the Schedule to the Bid Document and that we shall
perform all the incidental services.
4. TERMS OF DELIVERY
The prices quoted are inclusive of all charges in the UIDAI at the location as mentioned in
Appendix C.
5. We enclose herewith the complete Commercial Bid as required by you. This includes:
S. CONTENTS
NO.
1. Commercial Bid Letter (Annexe 4.2.1)
2. Cost for providing Facility Management services (Annexe 4.2.2 –
Annexe 4.2.4)
50 | Page
3. Soft copy and hard copy of Cost Of providing Facility Management (to
be downloaded online in The Form Of BoQ_Facility
Management_HDC.Xls)
8. We agree to abide by our offer for a period of 180 days from the last date of submission of the bid
and that we shall remain bound by a communication of acceptance within that time.
9. We have carefully read and understood the terms & conditions of the tender and the conditions of
the contract applicable to the tender and we do hereby undertake to supply service as per these
terms and conditions.
c) The Constituted attorney of the company and the person signing the bids is the constituted
attorney of the Company.
OR
d) The Principal Officer or his duly Authorized Representative of the Company, and he has the
authority to refer to arbitration disputes concerning the business of the Company by virtue of the
general power of attorney.
(NOTE: Delete whatever is not applicable. All corrections/deletions should invariably be duly
attested by the person authorized to sign the tender document.)
11. Self attested scanned copy of Bid Security (Earnest Money Deposit) for an amount equal to Rs.
_______ (Rupees ______ only) is attached in the Cover containing Technical Bid in the form of
specified in Clause 2 of Section II. Original has been dispatched/delivered to the address
mentioned in clause 1.2 of Section I.
12. We do hereby undertake, that, until a formal contract is prepared and executed, this bid, together
with your written acceptance thereof and placement of awarding the Contract, shall constitute a
binding contract between us.
Name :
Full Address :
Telephone No :
Fax No :
Email ID :
Details of enclosures:
1.
2.
3.
51 | Page
4.2.2 Commercial Bid (Annexe 4.2.2)
Cost for providing Facility Management services
DEDUCTIONS: Income tax as applicable shall be deducted at source. The Service Providing
Company/Agency/Firm shall be responsible for meeting out all the tax implications as per Rules of other
Government Departments.
Notes:
1. The rates quoted by the tendering Agency should be inclusive of all taxation liabilities in force at
the time of entering into the contract.
2. The payment shall be made on conclusion of the calendar month only on the basis of duties
performed by the Service providing Company/Agency/Firm during the month.
52 | Page
Facility Management Services Costs
Sl.No Item Name Qty. Rate for one month inclusive of all
applicable taxes, duties and
Statutory Charges
(in Rs)
1 2 3 4
Total in Figure(A)
Total in Words(A)
Note: The quoted monthly rate shall be inclusive of all applicable taxes including service tax and
including contribution towards ESI, PF, Gratuity, Bonus, etc. It shall also include cost of training and
uniform. Please read section V of RFP carefully before quoting the price.
Signature & seal of the bidder
Name :
Full Address :
Telephone No :
Fax No :
E mail ID :
53 | Page
4.2.4 COST OF MANPOWER FOR FACILITY MANAGEMENT SERVICES PER MONTH
(Annexe 4.2.4)
Manpower Cost
Sl.N Item Name Qty Rate for one month inclusive all Remarks
o . statutory payments like ESI, PF,
Gratuity, Bonus, Service Tax etc.
(in Rs)
1 2 4 5
2 ELECTRICIAN 1
3 Helper(Electrician) 1
4 FIRE TEC 1
5 HVAC/DG Operator 1
12 IBMS 1
13 GARDENER 1
14 MASTER GARDENER 1
54 | Page
Note: Cost disclosed under this annexure will not be a part of contract value, however during the
execution of contract; if in case, the manpower deployed by vendor is increased/decreased at
discretion of UIDAI, then the payment to the vendor for the change is manpower will be governed by
the above discovered prices.
Signature & seal of the bidder
Name :
Full Address :
Telephone No :
Fax No :
E mail ID :
55 | Page
5 Section V – scope of work
Table of Contents
5 Section V – scope of work
Table of Contents
5.1 Schedule of Requirements:
5.2 Scope of Work/Deliverables of Facility Management Services
5.3 General Requirements
5.4 Comprehensive maintenance
5.5 Preventive maintenance as per relevant BIS / OEM recommendations-
5.6 Methodology for accounting Consumables, replacement/repair of material
5.7 Schedule of Requirements (SOR)
5.8 Consignee Details
5.9 Timelines
56 | Page
5.1 Schedule of Requirements:
1. The office of the Unique Identification Authority of India shall be hiring the Facility
Management services for its Non-Data Centre building at Hebbal Data Centre Complex, Hebbal,
Bengaluru (Karnataka) for comprehensive operation & maintenance.
2. This document outlines the functional requirements for Facility Management Services of UIDAI,
NDC building, HDC. The document broadly covers the background, scope, technical
specifications of the requirement from the UIDAI perspective.
2. At no point of time during the currency of contract none of the above assets/facilities shall be
rendered unusable due to untimely/inadequate/unsatisfactory/poor facility management
services of the /contractor.
3. The detailed Scope of Work is defined in Annexure-1
4. The details of toilets, water tanks, MEP equipment etc are detailed in Annexure-2
5. The details of Furniture’s and fixtures are detailed in Annexure - 3
57 | Page
Hebbal, Bengaluru, Karnataka. All the required machines / equipments, necessary for operating
& maintaining etc. shall be used by the firm in the office on regular basis.
3. The bidder should ensure that they must use brand new machines, of reputed brands, for the
mechanized Facility Management services in this office. Failure to do so will result in
termination at the contract and the decision of the competent authority of this office shall be
final.
4. The bidder should also have in possession of the machineries of the latest brand which have
been used for mechanized Facility Management services elsewhere. Supporting proof, thereof,
should be attached.
5. The machineries/tools required to be provided by the firm for the mechanized Facility
Management services, with the preferred technical details as given at clause 5.7, Section V of
this RFP.
58 | Page
3. All material costs which are to be reimbursed to the contractor on account of preceding two
clauses shall attract 10% as contractor’s profit on the basic cost, excluding any taxes.
OEM’s/Authorised dealer’s invoice is mandatory for claiming reimbursement. Authenticity
of invoice and reasonability of claimed rates/value shall be exclusively of contractor.
However at any stage if it is observed that either invoice is fake or rates claimed for
reimbursement are high in that case UIDAI reserves the right to recover the whole /partial
amount and proceed with cancellation of contract without any notice and initiate the legal
proceeding against the contractor. All major repairs shall be carried out by
OEM/Authorised dealer only.
QUA
S.NO DESIGNATION DEPARTMENT SHIFT
NTITY
ACCESS CONTROL
LAN &
10 /LAN NET 4 24X7, 1 Per Shift of 8 hrs
NETWORKING
WORKING/EPABX/Tel
AV (Audio Visual)
11 AV 1 General Shift( 8 hrs/6days per week)
Operator
59 | Page
13 Gardener CIVIL 1 General Shift( 8 hrs/6days per week)
Note: Above is minimum manpower to be deployed for Facility Management Services and the cost of above
manpower deployment stands included in the cost quoted in Annexe 4.2.2 and annexe 4.2.3, section –IV.
However in case, if this strength needs to be increased / decreased, it shall be implemented by vendor
accordingly. The implementation cost on account of this increase/decrease shall be levied at the pre-
discovered prices as per Annexe 4.2.4, Section – IV
60 | Page
13. Safety belts
14. HT gloves
15. Safety shoe
16. HVAC tool kit
17. All major Masonry tools such as trowel, hammer, blocking chisel, power saw,
levels, nylon or Dacronline, steel square ,chalkline, mixing tools etc.
18. Multi meter
19. Brazing tool
20. Flaring tool
21. Pipe cutter/tube cutter
22. Tube press plier
23. All major types of carpentry tools such as measuring tapes, folding ruler, pocket
tapes,
different types of squares, cutting tools, fastening tools, drilling tools etc.
24. Any other items not prescribed
Note: For Table (C and D), the list is indicative and not exhaustive and it may change based on actual
requirement
5.9 Timelines
1. Service Commencement Schedule
Bidder should commence the Facility Management services within 3 (three) weeks from the
date of signing of contract.
61 | Page
Contents
APPENDIX A – PROFORMA OF CONTRACT AGREEMENT
APPENDIX B – PROFORMA FOR PERFORMANCE BANK GUARANTEE
APPENDIX C – ADDRESS OF THE LOCATION WHERE SERVICES NEEDED TO BE RENDERED
APPENDIX D – PROFORMA FOR BANK GUARANTEE FOR BID SECURITY
APPENDIX E – PROFORMA FOR UNDERTAKING BY THE BIDDER
62 | Page
Appendix A
PROFORMA FOR CONTRACT AGREEMENT
THIS AGREEMENT made this ___ day of ……. between Unique Identification Authority of India,
(hereinafter referred to as “the Purchaser”) which expression shall unless repugnant to the context or
meaning thereof mean and be deemed to include its authorized representatives and permitted assigns of
the FIRST PART and ….. Having its Office at ….. (hereinafter referred to as “the Vendor”) which
expression shall unless excluded by or repugnant to the context, includes their Heirs, Executors,
Administrators, Legal Representatives and permitted Assigns of the SECOND PART.
WHEREAS Purchaser is desirous of entering into a contract for providing Facility Management
services along with Incidental Services with the Vendor, for the Aadhaar Complex of Unique
Identification Authority of India in Hebbal, Bengaluru, Karnataka, India, and has accepted to pay to the
Vendor the contract amount for provisioning of manpower of Facility Management services at a total
cost not exceeding….. (Rupees ………) (hereinafter referred to as "the Contract Price").
AND WHEREAS the Vendor has agreed to provide Facility Management services as listed in Bid
Document No_______, as per the rate(s) given in the table below mentioned hereinafter.
1. In this Agreement words and expressions shall have the same meanings as are respectively assigned
to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part of this
Agreement viz:
A. Bid Document No_______ regarding “Facility Management Services” in the Data Centre
Complex of Unique Identification Authority of India in Hebbal, Bengaluru, Karnataka, India,
including
63 | Page
C. Technical and Commercial proposals submitted by the Vendor.
D. Order No.______ dated _______ placed on the Vendor.
E. Acceptance of the order vide No.________ dated _______ by the Vendor.
4. The Purchaser hereby covenants to pay the Vendor in consideration of the provision of providing
manpower for the Facility Management services as listed in Table below, the Contract Price or such
other sum as may become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.
Sl. Details of Scope of work Amount/Rs. per year (lump-sum
No. inclusive of all)
_______________________________________________________)
Signed, sealed and delivered for & on Signed, sealed and delivered for and on
behalf of M/s behalf of Chief Executive Officer (CEO),
__________________________ Unique Identification Authority of India
64 | Page
Address ------------------------------ Address ------------------------------
65 | Page
Appendix B
PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE GUARANTEE BOND
To
Dear Sirs,
2. We…………………………………………………………………………………………………(Na
me & Address of Bank Branch) having its Head office at
………………………………………………. (hereinafter referred to as the ‘Bank’, which
expression shall, unless repugnant to the context or meaning thereof, include its successors,
administrators, executors and assigns) do hereby guarantee and undertake to pay the amounts due
and payable under this guarantee without any demur, reservation, context, recourse or protest and/or
without any reference to the Contractor merely on a demand from the Owner stating that the amount
claimed is due by way of loss or damage caused to or would be caused to or suffered by the Owner
by reason of breach by the said Contractor(s) of any of the terms or conditions contained in the said
Agreement or by reason of the Contractor(s)’ failure to perform the said Agreement. Any such
66 | Page
demand made on the Bank shall be conclusive and binding not withstanding any difference between
the Owner and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any
other authority. We agree that the guarantee herein contained shall be irrevocable and shall continue
to be enforceable till the Owner discharges this guarantee.
3. The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under
this guarantee, from time to time to extent the time for performance of the Contract by the
Contractor. The Owner shall have the fullest liberty, without affecting this guarantee, to postpone
from time to time the exercise of any powers vested in them or of any right which they might have
against the Contractor, and to exercise the same at any time in any manner, and either to enforce or
to forbear to enforce any covenants, contained or implied, in the Contract between the Owner and
the Contractor or any other course or remedy or security available to the Owner. The Bank shall not
be released of its obligations under these presents by any exercise by the Owner of its liberty with
reference to the matters aforesaid or any of them or by reason of any other act of omission or
commission on the part of the Owner or any other indulgences shown by the Owner or by any other
matter or thing whatsoever which under law would, but for this provision have the effect of relieving
the Bank.
4. The Bank also agrees that the Owner at its option shall be entitled to enforce this Guarantee against
the Bank as a principal debtor, in the first instance without proceeding against the Contractor and not
withstanding any security or other guarantee the Owner may have in relation to the Contractor’s
liabilities.
5. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Contractor(s)/Service Provider(s).
In witness whereof the Bank, through its authorised officer, has set its hand and stamp on
this…………….day of…………..20……….at…………
WITNESS
………………….………. ………………..………………….………
(Signature) (Signature)
………………………….. ………………....………………………..
(Name) (Name)
67 | Page
………………………….. ……………….…………………………..
(Official Address) (Designation with Bank Stamp)
Attorney as per
Power of Attorney No…………….
Dated………………………………
68 | Page
Appendix C
Address of the location where services needed to be rendered
S City Address Name of Contact Person
No.
69 | Page
APPENDIX D
Proforma for bank guarantee for bid security
Date………………………………………...
To
Dear Sirs,
1. In accordance with Invitation to Bid for “Facility Management services” under your Specification
No………………………. M/s………………….. having its Registered/Head Office
at……………………… (hereinafter called the ‘Bidder’) wish to participate in the said Bid
or……………………….. and you, as a special favour have agreed to accept an irrevocable and
unconditional Bank Guarantee for an amount of………………… valid upto ……………… on behalf of
Bidder in lieu of the Bid deposit required to be made by the Bidder, as a condition precedent for
participation in the said Bid.
2. We, the …………………. Bank at ……………… (local address) having our Head office at
……………………….. guarantee and undertake to pay immediately on demand by Unique Identification
Authority of India, Government of India, the amount of
…………………………………………………….. (in words & figures) without any reservation, protest,
demur and recourse. Any such demand made by said ‘Owner’ shall be conclusive and binding on us
irrespective of any dispute or difference raised by the Bidder.
3. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Supplier(s)/Service Provider(s).
(1) Our liability under this guarantee is restricted to Rs. ……………. (in words & figures).
(2) This Bank Guarantee will be valid up to ………………….; and
(3) We are liable to pay the guarantee amount or any part thereof under this Bank Guarantee only upon
service of a written claim or demand by you on or before …………..
70 | Page
In witness whereof the Bank, through its authorized officer, has set its hand and stamp on
this…………….day of…………..20……….at…………
WITNESS
………………….………. ………………..………………….………
(Signature) (Signature)
………………………….. ………………....………………………..
(Name) (Name)
………………………….. ……………….…………………………..
Attorney as per
Dated………………………………
71 | Page
APPENDIX-‘E’
PROFORMA FOR UNDERTAKING BY THE BIDDER
1. I/ We undertake that I/ we have carefully studied all the terms and conditions and understood the
parameters of the proposed work of the office of unique Identification Authority of India and shall
abide by them.
2. I/ We also undertake that I/ We have understood "Parameters and Technical Specifications for
conducting the Work" mentioned in Section IV and Section V of the Tender No. No
______________________ and shall conduct the work strictly as per these "Parameters and Technical
Specifications for conducting the work"
3. I/ We hereby certify that none of my relative(s) as defined in disclaimer clause of Annexure-I is/
are employed in UIDAI office.
4. I/ We further undertake that the information given in this tender are true and correct in all respect
and we hold the responsibility for the same.
72 | Page
Detailed Scope of Work ANNEXURE – ‘1’
2. Working Hours
The working hours of HDC Complex are from 9.30 AM to 6.00 PM with weekly off on Saturdays and
Sundays. The office may be open on Saturdays & Sundays with a few officials and Staff working. The
contractor is supposed to deploy the manpower as per shifts detailed under clause 15, Annexure 1.
73 | Page
Transformers, DG sets, Circuit breakers, Isolators, cables, ACBs, MCCBs, MCBs, electrical
substation, transformers Panel Bus Bar, HT Panel, LT Panel, AMF Panel, capacitor panel,
Distribution Panel, Electrical Control Panel room including maintenance of switch gears, panels
for AC, garden light and lift room, water pump and power factor panels, UPS, earthling system,
battery bank, Solar photo voltaic power system etc. shall be comprehensively maintained and
operated. In addition all these equipment shall undergo scheduled maintenance as
recommended by BIS/OEM. Contractor shall submit the scheduled maintenance plan within 1
week of acceptance of contract.
4) All other good maintenance practices shall be followed.
5) Watch and ward of the installations shall also be the responsibility of the Contractor.
6) All losses due to theft or pilferage etc. shall be borne by the Contractor.
7) The Contractor shall ensure that his staff follows all safety precautions. In case of any mis-happening
or injury FM shall be fully responsible for the same.
8) Electricity Bills & Waters Bills shall be paid by Purchaser (UIDAI).
9) The details of Labour/Technicians deployed on various activities by Contractor shall be submitted
daily to Purchaser for information & record by 1000Hrs.
10) All internal electrical points including lighting points, fans, switches should be in working order of
entire Non DC Building i.e. Basement to 5th floor by Contractor.
11) Temperature in AC area should be maintained at suitable temperature as decided by Purchaser.
12) CCTV System shall be maintained by Contractor.
13) The Contractor should submit Monthly Maintenance Performance Report (MMPR) to UIDAI along
with the Artefacts from IBMS System for all Integrated Systems and log sheets & fault registers
copies etc. for other Civil/Structural/Networking/AV/CCTV/EPABX and other allied systems/works
which are required to be operated and maintained by the agency.
74 | Page
6) Visual inspection of HT & LT panels every day, cleaning of panel, recording of various data including;
voltage, power, energy at different areas. Periodic checking of protection relays for correct
operation, tripping etc.
7) Visual checking of Vacuum circuit Breaker and transformers.
8) Visual inspection of main L.T. panel and capacitor panel, checking of breaker operation, replacement
of any blown control fuses/ indicating lamps, recording readings of voltmeter, ammeter, KWH
meter, etc. Cleaning of panel and periodic checking of relays for proper tripping.
9) Visual checking and regular cleaning of all distribution boards, checking of proper operation of
MCB’s, tightening of any loose contacts and wires, replacement of faulty MCB’s / ELCB’s etc.
10) Visual checking feeder pillars and cables, cleaning of feeder cables, checking and tightening of loose
connections, replacement of lamps in street lighting poles, garden lighting, façade lighting, Checking
of Cables & Cable Trays and Necessary Attention etc.
11) Physical checking and Attention of bus duct and bus risers for loose connections, cleaning of bus
ducts, checking of bus duct insulation by instruments, fire barriers, etc., tightening of nuts and bolts
for incoming and outgoing, checking of hot spots in bus ducts and cables.
12) Tightening of wiring wires, checking of conduits and wiring above false ceiling.
13) Watering of earth pits, checking of earth resistance by instruments, tightening of all nuts and bolts
and cleaning of all joints, Checking & Attention of Earthing System.
14) Ensuring continuity of power of 11KV system and switching ON and OFF the breaker in case of
tripping and power failure. Liaisons with local electrical authorities for continuation of power and
checking and preparation of bills distribution.
15) Ensuring Availability & Reliability of 415 V Power Supply to All Occupants as well as to the Common
Services including all E&M Systems. Attention of All Breakdowns & Restoration of Power Supply in
the minimum possible time.
16) Periodic Checking & Attention of HT & LT cables, Cable Trays, Raceways, earth test records etc.
75 | Page
9) Regular checking of battery voltage and adding distilled water if required and, if necessary,
tightening of terminals on the batteries and the engine, Day to Day Maintenance as per the
Manufacturer’s Recommendations
10) Checking & Attention of the exhaust fans for any noise, balancing works etc.
11) Monitoring the consumption of H.S.D and lube oil. Keep a check on the levels of the H.S.D storage
tank and individual day tanks daily and report for the same.
a. Making necessary arrangement (i/c transportation etc. complete) for filling up of of HSD for
operation of DG Sets.
b. Standard operating procedure will be prepared and followed as per norms for Disposal of
waste & scrap if any.
12) Periodic checking and maintenance of All Electrical equipment’s and Earthing system as per IS/
National/ International standards as applicable.
13) Day to Day Maintenance & Periodic checking of Online Uninterrupted Power Supply System (UPSs)
including Batteries/water.
6. Lifts
1) Comprehensive maintenance of the lifts and carry out scheduled preventive maintenance as per the
recommendation of relevant BIS through OEM.
2) Monitoring and day to day maintenance of lifts inside the building, monitoring the regular working
of lifts, reporting faults to OEM and coordinating during maintenance by them. Ensuring the rescue
of passenger in case of any emergency.
3) Record keeping of the maintenance details, getting license renewals from the authorities after
approval from Purchaser.
4) AMC contracts for the Lifts shall be entered into by the Bidder on behalf of the UIDAI with the prior
approval of the UIDAI in writing in whole or part during the contract’s tenure.
7. Water systems – raw water, drinking water, STP, flush water and sanitation,
water tank cleaning
1) Checking & satisfactory operation of water pumps in WTP, R.O. Plant, plant pumps & accessories,
water level in the main tanks, overhead tanks etc.. Comprehensively maintain and operate and
carry out periodic scheduled preventive maintenance as per relevant BIS/OEM’s instructions of all
kinds of Water Supply, Distribution, Drainage, STP, Sump & Dewatering pumps installed in the
building checking for water leakage’s in pipe lines and rectifying the same to ensure proper and
regular supply of water to the building.
2) Checking of all Services shafts/ rainwater shaft, drain shafts, toilet shafts, Other Shafts etc for
leakages or other defects and immediate rectification of the same.
3) Cleaning of all tanks at least once in 6 months and also whenever need arises. The cost of cleaning
of water tanks which shall be borne by the Contractor.
4) To ensure that all sumps are maintained clean at all times.
5) Comprehensive Maintenance of all fittings and fixtures all toilets in the complex as per details
attached and to ensure that in all the toilets fittings and fixtures are functional, there are no loose
connections, no leakages from toilets either inside or on the outside surfaces . Repair/Replace all
damaged / broken or lost fittings within 24 hrs and arrest any minor seepage or leakage in one day
and major leakage or seepage in 7 day
6) Ensure no foul smell in toilets. Cleaning of external drain periodically.
76 | Page
7) Ensuring adequate water supply to various pantries and toilets.
8) Day to Day Operation & Maintenance of Water Filtration Plant, Chemical Dosing System & R.O. Plant
9) Monitoring and ensuring satisfactory functioning of WTP & STP Plant
10) Coordinate with External Contractor and ensure water supply in underground tanks and arranging
water from water tanker agencies when there is shortage of raw water supply. Cost of water tankers
is to be borne by UIDAI.
11) Pumping of water from underground tanks to overhead tanks as per requirement and ensuring
continuous supply in the premises.
12) Carrying out major/minor repair needed in pipe line requiring modification, welding and re-routing
of pipe lines etc, inside HDC complex.
13) Maintenance, repair and removal of blockage if any in drains and manholes, the charges to which
shall be borne by the Contractor.
14) Regular draining out of water collected in the basement drains
8. Fire detection and fire fighting system - fire hydrants, smoke detectors, gas
suppression system& fire extinguishers
1) Comprehensively maintain and operate and carry out periodic scheduled preventive maintenance as
per relevant BIS/OEM’s instructions of Fire fighting system(Pumps motors, DG sets etc),fire Hydrant
System, hose pipe &nozzle, gas suppression system, fire extinguishers etc.
2) Comprehensive maintenance and Operation of Fire Pumps, Valves & other Accessories as per
recommendations of the OEM/ Relevant BIS Standards.
3) Preventive and minor break down maintenance of pipe lines and distribution valves.
4) Actual fire fighting in the event of fire, fire information & reporting to UIDAI and nearest fire station.
5) Periodic Checking and maintenance of Portable Fire Extinguishers including refilling as per periodical
schedules / as required and Record maintenance.
6) Testing of fire fighting system after every 15 days.
7) Fire/Smoke Detection/ Fire Alarm System - First line maintenance, responding to fire alarm,
checking the reason for alarm and taking corrective action and conducting periodical Fire Evacuation
Drills.
8) To carry out mock fire drill quarterly as laid down by fire bye laws.
9. HVAC systems
Comprehensively maintain and operate the HVAC system and carry out periodic scheduled preventive
maintenance as per relevant BIS/OEM’s instructions, International Standards as applicable of the entire
HVAC system by the contractor as per details below:
1) Monitoring of Chillers
i. Day to day operation of Chiller plants and logging the running parameters as per the guide
lines of manufacturer.
2) Comprehensively maintain and operate the HVAC system and carry out periodic scheduled
preventive maintenance as per relevant BIS/OEM’s instructions of HVAC:
i. Maintaining the temperature as per the designed parameters or as specified by Purchaser
ii. Operating of AHU’s as and when required
iii. Operation of Primary Chilled Water, Secondary Chilled Water& Condenser Water Pumps,
Piping, Valves and other Associated Equipments.
iv. Regular checking of AHU’s (Like checking of bearing, belt and greasing)
77 | Page
v. Regular checking of chilled water pumps. (Checking of Bearing, gland leaks and greasing)
vi. Regular checking of drive assembly of pumps.
vii. Regular electrical termination checks up of AHU’s and pump starters and motor.
viii. Periodic cleaning of AHU filters.
ix. Periodic cleaning of AHU cooling coils.
x. Periodic checking of AHU drain.
xi. Replacement of AHU bearing, shaft, belts as and when required.
xii. Checking of water level in the expansion tanks.
xiii. Attending to the A/C breakdown calls in the building.
xiv. Checking the noise level of A/C equipment.
xv. Operation & Maintenance of AHUs.
xvi. Operation & Maintenance of Primary Chilled Water, Secondary Chilled Water & Condenser
Water Pumps, VFD Panels, Piping, Valves and other Associated Equipments.
xvii. Operation and maintenance of the Ventilation fans.
xviii. Operation & Maintenance of Cooling Towers.
xix. Regular checking & Attention of Ducting, Insulation, Grills & Diffusers.
xx. Comprehensively maintain and operation of the HVAC system and carry out periodic
scheduled preventive maintenance as per relevant BIS/OEM’s instructions
78 | Page
by FM Agency (with no extra cost to Owner); Operation and Maintenance of Irrigation System
(Sprinkler and Drip irrigation System); Removal of fallen leaves dead plants, broken branches etc.
8. Pest Control in the HDC complex
9. Residual Spraying for control of Mosquitoes, spiders etc. in the Lift Lobbies, AHU Rooms, Electrical
Rooms, Basement, Toilets, Staircases, Common areas, All other Service Rooms, Sub-station, security
posts etc.
10. Larvicidal Spraying for control of Mosquito & Fly Larvae in Drains Manholes in basement, substation,
STP plant, in and around the building and Common areas etc.
11. Daily spraying for control of General pests in and around the building, Lift lobbies, around floor,
Main Entrance etc.
12. Rodent control for control of Rats, Mice etc. in entire building including basement, Cable Trenches,
Electrical Rooms, AHU Rooms, Substation, All the shafts Rooms Etc.
13. Disinfestations services in and around the building.
14. Honeycomb removal as and when required.
15. All other services not listed in the categories pertaining to the building regarding pest control shall
come under the purview of pest control. These activities shall be carried out as & when required but
at least once a month and a proper record maintained.
79 | Page
WORKING/EPABX/Tel
Note (i) Above is minimum manpower to be deployed for Facility Management Services. In case, if this
strength needs to be increased / decreased, it shall be implemented by vendor accordingly. The
implementation cost on account of this increase/decrease shall be levied at the pre-discovered prices as per
Annexe 4.2.4, Section – IV.
1. Description
2. Megger(500V)
3. Tong tester
4. Screw Spanner
5. Shim cutter
6. Digital Thermometer
80 | Page
8. Standard Tools like Spanner sets, Hammer, files, steel rule, screwdriver, hack saw with
9. Air Blower
15. Ht gloves
18. All major Masonry tools such as trowel, hammer, blocking chisel, power saw, levels, nylon or
Dacronline, steel square, chalk line, mixing tools etc.
19. Multimeter
24. All major types of carpentry tools such as measuring tapes, folding ruler, pocket tapes, different
types of squares, cutting tools, fastening tools, drilling tools etc.
17.Inclusion & Exclusion of the services in the rates quoted at Annexure 4.2.2 –
4.2.3:
Inclusions
The bidder while quoting the rates under Annexure 4.2.2 and Annexure 4.2.3, shall consider below
mention services in addition to mentioned under section V and Annexure I of this RFP:
1. Replacement of bulbs/ tubes /chokes/starters/ Ballasts for high mast in entire internal & external
area.
2. Connectors/ contactors/ lugs/etc.
3. Belts / Bearings / Grease & gland-dori / cotton waste / Silica Gel / etc and all other similar minor
items complete.
4. Replacement of damaged toilet fixtures & fittings, broken glass etc.
5. PVC / GI couplings, Conductors, Bends, fuse and other similar minor items
6. Repair & Rewinding of AHU / Ventilation Fans / Pumps / Motors etc.
81 | Page
7. Computer stationary, CD’s floppies, audio cassettes as required for IBMS / LV Systems
8. Reception desk.
9. Submission of Daily Position Reports, Failure Investigation Reports, Operation & Maintenance
Reports as prescribed by Purchaser.
10. Maintenance Reports, Log Books etc for Operation & Maintenance of Various Systems &
Equipments.
11. Maintenance of History books of all equipments.
12. Specialized Tools / Tackles i.e. Chain Pulleys, Telescopic Ladder, portable Hoists (Tractel
Machine), Sludge Pumps, OTDR, Welding Generators etc. required for operation and
maintenance.
13. In case of shortage of water supply/no supply from Municipal Authority the contractor shall
arrange the water tankers & the amount shall be reimburse by the client.
14. All items of work relating to replacement/repair shall be done with the prior
concurrence/approval of UIDAI. The quality of material/item shall be same as originally provided
by Purchaser or of equivalent make
15. The Contractor (Successful Bidder) is expected to bear the cost of all consumables,
replacement/repair of materials, necessitated during comprehensive maintenance or
preventive maintenance, up to a maximum of Rs. 50,000/- per month subject to the condition
that cost of each item is less than Rs. 5000/- in each case. Where the cost of
replacement/repair is more than Rs. 5000/- in each case or where the monthly limit of Rs.
50,000/- is exhausted, the excess amount shall be reimbursed by the Purchaser subject to
production of invoice from OEM/ Authorised dealer only. However AMC charges irrespective of
cost shall be borne by contractor.
16. Wherever labour component is involved in the repair/replacement, only the cost/charges of
material inclusive of taxes shall be reimbursed subject to falling in the category that
replacement/repair cost of the material excluding tax is more than Rs. 5000/- in each case or
where the monthly limit of Rs. 50,000/- is exhausted. In cases of composite inseparable costs i.e.
having labour and material costs, labour component shall be considered as 40% of the total cost
excluding all taxes.
17. All material costs which are to be reimbursed to the contractor on account of preceding two
clauses shall attract 10% as contractor’s profit on the basic cost, excluding any taxes.
OEM’s/Authorised dealer’s invoice is mandatory for claiming reimbursement. Authenticity of
invoice and reasonability of claimed rates/value shall be exclusively of contractor. However at
any stage if it is observed that either invoice is fake or rates claimed for reimbursement are high
in that case UIDAI reserves the right to recover the whole /partial amount and proceed with
cancellation of contract without any notice and initiate the legal proceeding against the
contractor. All major repairs shall be carried out by OEM/Authorised dealer only.
Exclusions
19.List of Equipment
82 | Page
S NO UNIT QTY MAKE
1. Electrical System
3. PA System LS 1 Job
83 | Page
6.2. Diesel pump (7.5 HP) & DG Engine NO 1 MATHER & PLATT
7. UPS System NO 1
8. Lifts
9. HVAC System
84 | Page
9.18. FCU-1.5 TR NO 1 EDGETECH
85 | Page
9.44. VAV (550 CFM) NO 1 JHONSON CONTROL
86 | Page
9.70. HEAT RECOVERY PANEL NO 3 TRICOLITE
Note: List is indicative only. Bidders are requested to visit the site before quoting the
price.
87 | Page
DETAILS OF EQUIPMENTS, MACHINERIES, FITTINGS, FIXTURES, FINISHES ANNEXURE – ‘2’
1. INTRODUCTION
The details of various utilities listed at sl 19 of Annexure 1 are given in this section.
Note: List is indicative only. Bidders are requested to visit the site with prior appointment before
quoting the price.
88 | Page
4. ELECTRICAL SYSTEM
ELECTRICAL SYSTEM
89 | Page
23 AHU PANEL NO 1 TRICOLITE NDC
B DB
C LUMINARIES
90 | Page
WWS62071).
1 Basement 1 2 2 4 2 2 284 2 2
1 Service Floor 2 3 3 4 2 2 51 2 2
Electrical Diesel
4-way Jockey
Hydrant Branch RRL Fireman FHC Driven Pump WTP STP
fire Pump
Valve Valve House Axe Cabinet pump (7.5 Pump pump
brigade (7.5 HP)
(7.5 HP) HP)M
KIRLOSK
AR/
MATHER MATHER MATHER KIRLOS JOHNSO
NEWAGE NEWAGE NEWAGE NEWAGE PADMINI NEWAGE
& PLATT & PLATT & PLATT KAR N
EVERES
T
External
1 area
12 38 12 19 3
2 UG tank 2 1 1 8 16
Total 12 38 12 19 3 2 1 1 8 16
91 | Page
6. WATER TREATMENT PLANT
The capacity of the water treatment plant is 15 KL/Sqm/Hr. The details of major equipment installed are
given below:
sl Pump description Nos x Capacity Make
1 Raw Water Filter Pump 2x3HP KIRLOSKAR
2 Make up Water Pump 2x2HP KIRLOSKAR
3 Treated Water Transfer Pump 2x5HP KIRLOSKAR
4 Sump PUMP 2x1HP KIRLOSKAR
8. HVAC SYSTEM
Sl Location Description Make Quanity
Ground floor
1 AHU-2(9500 CFM) EDGETECH 2
AHU-1(4900 CFM) EDGETECH 1
FCU-3 TR EDGETECH 1
FCU-1.5 TR EDGETECH 2
DX Unit -1.5 TR-CCTV & LV Room CARRIER 2
JHONSON
VAV (1300CFM) CONTROL 1
JHONSON
VAV(1000CFM) CONTROL 1
JHONSON
VAV(1600CFM) CONTROL 4
First Floor
2 AHU-1(4900 CFM) EDGETECH 1
AHU-2(8000 CFM) EDGETECH 2
FCU-3 TR EDGETECH 1
92 | Page
FCU--1.5 TR EDGETECH 3
DX Unit -1.5 TR -Server Eroom & LV
Room CARRIER 2
DX Unit -3 TR -Server Room CARRIER 1
JHONSON
VAV(550CFM) CONTROL 11
JHONSON
VAV(1000CFM) CONTROL 5
JHONSON
VAVA(3100FM) CONTROL 2
JHONSON
VAV(4100CFM) CONTROL 1
JHONSON
VAV(1600CFM) CONTROL 1
Second Floor
3 AHU-1(4900 CFM) EDGETECH 1
AHU-2(8000CFM) EDGETECH 1
AHU-2(10660 CFM) EDGETECH 1
FCU-3 TR EDGETECH 3
FCU--1.5 TR EDGETECH 4
DX UNIT -1.5 TR-LV ROOM CARRIER 1
JHONSON
VAV(550CFM) CONTROL 11
JHONSON
VAV(1000CF) CONTROL 11
JHONSON
VAV(3100CFM) CONTROL 3
JHONSON
VAV(4100CFM) CONTROL 1
JHONSON
VAV(1600CFM) CONTROL 1
Third floor
4 AHU-2 (10660 CFM) EDGETECH 1
AHU-2 (5500CFM) EDGETECH 1
AHU-1 (8000 CFM) EDGETECH 1
FCU-3 TR EDGETECH 4
FCU--1.5 TR EDGETECH 3
DX UNIT-1.5 TR - LV ROOM CARRIER 1
JHONSON
VAV (1000CFM) CONTROL 17
JHONSON
VAV(550CFM) CONTROL 1
JHONSON
VAV(1600CFM) CONTROL 2
JHONSON
VAV(4100CFM) CONTROL 4
Fourth Floor
5 AHU-2 (10000CFM) EDGETECH 1
AHU-2 (8000 CFM) EDGETECH 1
AHU-1(4300 CFM) EDGETECH 1
FCU-3(TR) EDGETECH 4
DX Unit-1.5 TR-LV Room CARRIER 1
JHONSON
VAV(4100CFM) CONTROL 1
93 | Page
JOHONSON
VAV(1600CFM) CONTROL 1
Fifth Floor
6 AHU-2(5500 CFM) EDGETECH 1
FCU-3 TR EDGETECH 2
FCU--1.5 TR EDGETECH 4
DX Unit-1.5 TR -Maids Room CARRIER
Terrace
7 AHU-1 (4300 CFM) EDGETECH 1
DIDW FANS-10000CFM EDGETECH 3
DIDW FANS-7000CFM EDGETECH 2
SISW FANS-2880 CFM KRUGER 2
HEAT RECOVERY UNIT-8500 CFM ZECO 1
HEAT RECOVERY UNIT-12000 CFM ZECO 1
HEAT RECOVERY UNIT-2000CFM ZECO 1
COOLING TOWERS BELL 3
RO SYSTEM(500 LPH CAPACITY) FONTUS 1
HEAT RECOVERY PANEL TRICOLITE 3
OUTDOOR VENTIALTION PANEL TRICOLITE 1
LIFT PANEL TRICOLITE 1
SOLAR WATER HEATING SYSTEM (500
LPM) PHOTON 2
Basement
8 CHILLER-155 TR YORK 3
PRIMARY PUMPS-336 USGPM ARMSTRONG 4
SECONDARY PUMPS-336US GPM ARMSTRONG 4
VFD PANEL EMATION 1
CONDENSOR PUMPS-560US GPM
(20HP) ARMSTRONG 4
AXIAL FAN -14000 CFM KRUGER 15
AXIAL FAN -42000 CFM KRUGER 8
94 | Page
1 BASEMENT 1 1 1 1 1 3 1
2 GROUND FLOOR 1 4 3 2 3 5 6
3 FIRST FLOOR 2 8 5 1 4 6 9 2
4 SECOND FLOOR 1 4 3 1 4 4 7 1
5 THIRD FLOOR 3 10 11 9 9 13 3
6 FOURTH FLOOR 1 4 6 4 4 8 1
7 FIFTH FLOOR 1 2 1 1 3 1
8 ENTRY GATE 1
9 NON DC LT ROOM 1 1 1 1 1 1 2 2
10 TERRACE 2 2 2
8 SERVICE GAT
9 EXIT GATE
TOTAL 11 36 33 3 25 29 52 18
1 SECOND FLOOR 1 1 1 1 1 1
2 ENTRY GATE 2
3 SERVICE GAT 2
4 EXIT GATE 2
TOTAL 1 1 1 1 1 1 6
95 | Page
10.CCTV SYSTEM
Description ( Make/Model/quantities)
Fixed TYPE DOME DOME PTZ WEATHER Joystick
Camera Camera TYPE CAMERA PROOF Controller
CAMERA BOX
SL. Location
No IXPS1+13V IMSODN10- IMPS-1 SD4E36- HENSEL Pelco/
. D2.8- 1V PG- KBD5000
12+EH16- E1+IWM
MTS
1 BASEMENT 1 11 2 2
2 GROUND FLOOR 3 12 6 1 1 1
3 FIRST FLOOR 8 1
4 SECOND FLOOR 9 1
5 THIRD FLOOR 9 1
6 FOURTH FLOOR 12
7 SERVICE FLOOR 2
8 5TH FLOOR 9 1
9 TERRACE 2 2 1 2
10 EXTERNAL AREA 40 4 25
TOTAL 46 70 14 8 30 1
SL Location
.
32" color WORKS KEY MOU COLO VIDEO MAPPI TV S/W
N
Monitor TATION BOA SE R RECORDING NG REMO LICENCE
o.
COMPU RD MONI & S/W TE SE OF
TER TOR MANAGEME ALL
NT S/W CAMER
6USER A
PANASON DELL/OP DEL DELL DELL PELCO/END PELCO/ PANA PELCO/
IC TIPLEX3 L URA WS- ENDUR SONIC ENDUR
32A300DX 020 5+WS-1 A A
1 GROUND 12 6 6 6 6 1 1 12 1
FLOOR(CCT
96 | Page
V ROOM)
TOTAL 12 6 6 6 6 1 1 12 1
MEETING ROOM (1 No in First Floor, 2 Nos in Second Floor and 2 Nos in Third Floor)
97 | Page
3 program power-wall mount speaker) 2 OV05T
15 IR PROBE 4
98 | Page
or more output terminals
17 IR PROBE 2
99 | Page
10 70 Inches display 2 Panasonic TH70LF50W
26 IR PROBE 5
NDC Building AUDIO VIDEO System accessories like remotes, HDMI & VGA
patch Cables are handed over to UIDAI as mentioned below:
1 Panasonic TV Remotes 7
3 Projector Remote 1
100 | Page
4 Screen Remote 2
12.LIFTS
13.TOILETS
Details of toilets are given below:
Hindwa Jaquar Jaqu Hindw Jaquar Hindw Jaquar Jaquar Jaquar Jaqu Eur Jaqu Sai
re ar are are ar onic ar nt
s Go
bai
ZEN VGP8 ACN1 60012 SNR51 92028 CIBW ALD - FLR50 ACN EH0 1507 n
10049 1053 137N 087 /9204 HT318 573 47N 1153 6S
01011
101 | Page
3 X N
1 Ground
floor
Toilet T1
Male
3 5 3 5 5 2 2 2 1 2 1 3
Female
3 5 3 2 2 2 2 1 4
Toilet T2
Male
3 5 3 3 3 2 2 2 2 1 4
Female
2 4 2 2 2 2 2 1 4
Specially
abled
1 2 1 1 1 1 1 1
Driver's
toilet
2 4 2 2 2 2 2 2 2 1 2
2 First floor
Toilet T1
Male
3 5 3 5 5 2 2 2 1 2 1 3
Female
3 5 3 2 2 2 2 1 4
Toilet T2
Male
3 5 3 3 3 2 2 2 2 1 4
Female
2 4 2 2 2 2 2 1 4
Specially
abled
1 2 1 1 1 1 1 1
102 | Page
3 Second
floor
Toilet T1
Male
3 5 3 5 5 2 2 2 1 2 1 3
Female
3 5 3 2 2 2 2 1 4
Toilet T2
Male
3 5 3 3 3 2 2 2 2 1 4
Female
2 4 2 2 2 2 2 1 4
Specially
abled
1 2 1 1 1 1 1 1
4 Third
floor
Toilet T1
Male
3 5 3 5 5 2 2 2 1 2 1 3
Female
3 5 3 2 2 2 2 1 4
Toilet T2
Male
3 5 3 3 3 2 2 2 2 1 4
Female
2 4 2 2 2 2 2 1 4
Specially
abled
1 2 1 1 1 1 1 1
5 Fourth
103 | Page
floor
Toilet T1
Male
3 5 3 5 5 2 2 2 1 2 1 3
Female
3 5 3 2 2 2 2 1 4
Toilet T2
Male
3 5 3 3 3 2 2 2 2 1 4
Female
2 4 2 2 2 2 2 1 4
Specially
abled
1 2 1 1 1 1 1 1
Total
62 109 57 42 42 47 47 47 5 47 21 5 82
104 | Page
Sensor 6
13 Shower
assembly
1 Ground floor 1 1
105 | Page
2 First floor 1 1
3 Second floor 2 2
4 Third floor 1 1
5 Fourth floor 1 1
Kitchen 1 1
Total 7 7
Sl. Location SANITARY FIXTURES IN THE DATA CENTRE BUILDING : Quantity (Nos.) / Make & model No.
No.
Wash Angle Soap Urinal Urinal Water Cister Health Two Paper Hand Grab Mirror
basin valve Dispens Sensor Closet n Faucet way Holder Drier bars
er bib
cock
Hind Jaquar Jaquar Hind Jaquar Hind Jaquar Jaquar Jaquar Jaquar Euro Jaquar Saint
ware ware ware nics Gobain
ZEN VGP81 ACN113 60012 SNR51 92028 CIBW ALD - FLR504 ACN EH06 1507
10049 053 7N 087 /9204 HT318 573 7N 1153N S
/ 3 01011
10036 X
Ground
1
floor
Male
1 1 1 1 1 1 1 1 1 1 1 1
Female
1 1 1 1 1 1 1 1 1 1
2 First floor
Male
2 3 2 2 2 2 2 2 2 2 1 3
Female
2 2 1 2 2 2 2 2 1 2
Specially
abled 1 1 1 1 1 1 1 1 1 1
3 Second
106 | Page
floor
Male
1 1 1 1 1 1 1 1 1 1 1 1
Female
1 1 1 1 1 1 1 1 1 1
4 Third floor
Male
2 2 2 2 2 2 2 2 2 2 1 3
Female
2 2 1 2 2 2 2 2 1 2
Specially
abled 1 1 1 1 1 1 1 1 1 1
Total
14 15 10 6 6 14 14 14 14 14 10 2 16
14.WATER TANKS
S.No. Description Capacity Quantity ( Nos)
PA System
107 | Page
EPABX System
LAN networking/EPBAX
Note: List is indicative only. Bidders are requested to visit the site before
quoting the price.
108 | Page
DETAILS OF FURNITURE’S ANNEXURE - ‘3’
Ground Floor
2 ADG Cabin 3
3 Elate MB chair 1
5 Smart HB chairs 2
7 Smart MB chairs 12
8 Sofa 1 seater 12
9 Sofa 3 seater 1
10 Side Table 2
11 Center Table 3
12 Storage 750x425x1200ht 16
14 Pantry furniture 1
First Floor
4 ADG Cabin 4
Page 1 of 117
Confidential
5 DDG Cabin 1
7 Repro graphic 1
8 Elate MB chair 4
10 Smart HB chairs 24
14 Side Table 12
15 Center Table 2
16 Storage 750x425x1200ht 84
Second Floor
4 Discussion table 3
8 Repro graphic 1
11 Define HB chairs 4
2
12 Define MB chairs 38
13 Elate HB chiar 7
15 Smart HB chairs 41
16 Storages 900x1200 5
17 Smart MB chairs 27
18 Smart VS chairs 18
Third Floor
4 ADG Cabin 7
6 Repro graphic 1
7 Elate MB chair 7
9 Smart HB chairs 22
12 Sofa 3 seater 9
13 Sofa 1 seater 4
14 Side Table 18
15 Center Table 1
16 Storage 750x425x1200ht 91
3
17 Storage 900x425x1200ht 12
18 Storage 1200x425x1200ht 4
19 Training Table 26
20 Annex chair 50
Fourth Floor
Fifth Floor
6 Changing Bench 6
7 Single Bed 17
9 Steel Almirah 17
4
Other furniture
1 CREDENZA 0 0 4
2 RECEPTION TABLE 1 1 1 1 1
3 BLACKOUT BLINDS 3 3 9 23
4 PERFORATED BLINDS 0 45 46 67
5
Qualification prescribed for resources to be deployed
Annexure 4
DEPARTMENT
S.NO DESIGNATION
Qualification
Experience-
More than 10 years of experience with at least 4 years of experience in the following
Areas :-
2 ELECTRICIAN ELECTRICAL
QUALIFICATION:
More than 3 years of experience in the following areas (2 yrs in case of Helper)
QUALIFICATION:
6
More than 3 years of experience in O&M of Fire detection and firefighting and security system of
large scale infrastructure ( 2yrs in case of Technician)
a. Hand-On Experience in O&M of large physical infrastructure components like Fire Hydrant
etc…
QULIFICATION:
More than 3 years of experience in the following areas (2 Yrs in case of Helper)
System
b. Experience in operation and Maintenance of Chiller, CRAC and Comfort Air conditioning and
DG components
QUALIFICATION:
Diploma/ITI in Civil
Experience-
8 Plumber CIVIL
QUALIFICATION:
ITI in plumbing
Experience-
ELECTRICAL
9 CCTV OPERATOR
7
QUALIFICATION:
Experience-
ACCESS CONTROL
10 LAN & NETWORKING
/LANNETWORKING/EPABX/Tel
QUALIFICATION:
Experience-
− Responsible for Operation and maintenance of Access Control/LAN Networking /EPABX /Tel
QUALIFICATION:
Experience-
12 IBMS BMS
QUALIFICATION:
Experience-
8
a. Hands-On experience in Integrated
QUALIFICATION:
Class X
Experience-
More than 3 years of experience in the following areas (2 Yrs in case of Gardener and 8th Pass)
b. Ability to use wide range of horticulture machinery and power hand tools